W9126G20R2817-Building 8 North Phase E Corpus Christi Army Depot (CCAD) Naval Air Station (NAS) Corpus Christi, Texas Fort Worth District, USACE
SOURCES SOUGHT SYNOPSIS for Building 8 North Phase E Corpus Christi Army Depot (CCAD) Naval Air Station (NAS) Corpus Christi, Texas Fort Worth District, USACE W9126G20R2817 This is a SOURCES SOUGHT an... SOURCES SOUGHT SYNOPSIS for Building 8 North Phase E Corpus Christi Army Depot (CCAD) Naval Air Station (NAS) Corpus Christi, Texas Fort Worth District, USACE W9126G20R2817 This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Fort Worth District has a future requirement for vertical construction services requiring the solicitation and award of a Firm Fixed Priced (FFP) Contract for the repair and renovation of Building 8 North in support of Corpus Christi Army Depot. The requirement is the first of four phases to be solicited as separate contracts in the next few years. The first requirement is currently estimated to be in the range between $10 Million and $20 Million. The results of the market research will determine the type of businesses available to perform, capabilities, qualifications, and maximum bonding capacity of $20 Million to be utilized in the resulting decision on acquisition strategy for the reference project. The contract period of performance is between for a 1 to 2 years for each phase. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The North American Industry Classification System code for this procurement is 236220, Commercial and Industrial Building Construction which has a small business size standard of $36.5M. The proposed building renovations of Building 8 North are to correct existing conditions and meet current code requirements. Portions of the building are over 60 years old and have not received a major renovation since the original construction. The facility requires major repairs to the roof, building envelope, truss system, exterior and interior walls, flooring, components, and finishes. The mechanical, HVAC, electrical, compressed air, lighting, security ACP, and life safety systems including fire suppression systems, fire alarm mass notification communication systems have exceeded their useful service life. When completed, the four phases of the building will include improved working conditions and reduced systems maintenance costs. The total scope for all four phases at Building 8 North Corpus Christi Army Depot include – The repair and renovation of Phase E -Sheet Metal / Jigs & Fixtures, Phase F - Heattreat, and Foundry, Phase G - Tailbooms and Stabilators, and Phase H - Airframes Cleaning areas to current codes and standards. The construction will include updating the high and low voltage electrical systems, adding a lighting protection system, upgrading the lighting, communication systems, information technology (IT), access controls and close circuit television (CCTV) systems. The HVAC system upgrades include new chilled water system piping and insulation, boilers, air handling units and ductwork distribution systems. The plumbing system upgrades include new restrooms and breakrooms in three of the four phases and repair of the roof drainage system for all four phases. The existing fire suppression system will be removed in phases and a new fire suppression system will installed Structural work will include removal of floor and concrete walls for the installation of an Architectural Barriers Act (ABA) compliant elevator and new exit stairs as well as miscellaneous roof deck replacement of both steel and structural timber and the widening of three large exterior roll-up door openings., Hazardous material abatement of ACM and lead based paint will be required in limited amounts in all four phases. All exterior personnel doors and frames and three large coiling overhead doors are being replaced. The exterior of the building cleaned and where required surface patching and recoated with acrylic coating The four phases include Package 1: Phase E -Sheet Metal / Jigs & Fixtures, Package 2: Phase F - Heatreat, and FoundryPackage 3: Phase G - Tailbooms and Stabilators Package 4: Phase H - Airframes Cleaning The project will comply with Section 1 06 of the National Historic Preservation Act, and comply with both the Architectural Barriers Act (ABA) and the Uniform Federal Accessibility Standards (UFAS). This sources sought is for the first phase, Package 1, Phase E - the Sheet Metal / Jigs & Fixtures shop. The construction firm will be responsible for close coordination with the occupants, whom can maintain a three shift work production schedule, of all the other phases not under construction. The utilities in Phase E are connected to the other Phases and must be operational at all times during construction. All work will be in a secure area and in tight confined spaces. The work will entail removal of lead based paint and asbestos containing material. The exterior doors are being replaced to provide limited exterior secure entry points. The construction of a centralized restroom and locker facility is included in this phase as well as improvements in main circulation and fire exit corridor, slab removal and improvements along corridor to eliminate stormwater backup, removal of existing paint booths and infilling the floor grate areas with select backfill and concrete floor slab, ductwork penetrating the floor will be removed and the overhead crane rail system will be removed, ceiling structures will be removed to provide an exposed structure condition. The entire phase area will require walls to be patched, repaired and painted, the existing concrete flooring will receive epoxy resin coating throughout, existing interior and exterior doors and frames are to be replaced with new doors, frames and hardware, secure entry doors will require card readers, roof area is to be replaced throughout with new roofing membrane over cover board over new rigid insulation complying with the International Energy Conservation Code (IECC) of R-30 above roof decking, thick timber roof decking will be replaced as necessary to maintain structural integrity prior to the new roofing membrane installation, clerestory windows will be replaced with insulated metal panels and translucent panels. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about January 2020. The official synopsis citing the solicitation number will be issued at the Government Point of Entry for Federal Contracts as required in FAR 5.102. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: Qualifications of firm that meet the requirements and experiences mentioned within proposed scope, contract numbers, name, and list references for similar and comparable projects similar to proposed scope where firm submitting is the listed as Prime contractor. The completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than noon, Central Time, Friday, 17 July 2020. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to the Contract Specialist, Latorie M. Bivins at latorie.m.bivins@usace.army.mil and courtesy copy the Contracting Officer, Linda D. Eadie at linda.d.eadie@usace.army.mil.
Data sourced from SAM.gov.
View Official Posting »